Digital Master Controller PLC Replacement and Recommissioning - KHC
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Indian Health Service (IHS), Navajo Area, is conducting market research for the Digital Master Controller (DMC) PLC Replacement and Recommissioning at the Kayenta Health Center (KHC) in Kayenta, AZ. This is a Sources Sought notice to identify qualified contractors for replacing a faulty PLC, restoring HMI/PLC communications, and ensuring reliable system operation. Responses are due by February 11, 2026, at 11:00 AM MST.
Opportunity Details
- Notice Type: Sources Sought (Market Research)
- NAICS Code: 238210 - Electrical Contractors and Other Wiring Installation Contractors ($19.0 million small business size standard)
- Purpose: To determine the acquisition strategy, including potential set-asides and identifying Indian-owned economic enterprises. This is not a solicitation.
- Place of Performance: Kayenta Health Care Center, Highway 160 Mile Post 394.3, Kayenta, AZ 86033.
Scope of Work (Based on SOW)
The objective is to replace the existing faulty Digital Master Controller (DMC) Programmable Logic Controller (PLC) at KHC. Key tasks include:
- Replacing the PLC and associated components with a new, OEM-approved unit.
- Loading OEM-approved firmware and application programming.
- Configuring communication parameters to restore HMI/PLC communications.
- Integrating the new PLC with existing HMIs, alarms, sensors, and field devices.
- Performing point-to-point I/O verification, functional testing, system commissioning, and alarm verification.
- Conducting communication loss/recovery testing.
- Coordinating all system outages with the Facility Representative, requiring a minimum of 10 business days' notice.
- Period of Performance: Anticipated from Award Date – July 31, 2026.
Special Requirements & Performance Standards
Work must be performed by qualified technicians experienced in generator control systems and PLC programming, adhering to Manufacturer/OEM requirements (Cummins DMC systems), NFPA 70, NFPA 110, and OSHA 29 CFR 1910. The contractor must provide all OEM-required firmware, software, programming tools, and licenses. A one (1) year workmanship warranty is required, guaranteeing proper system functionality and restored HMI/PLC communications upon final acceptance.
Submission Requirements
Interested parties must submit a response via email to Brandon.Martinez@ihs.gov by February 11, 2026, 11:00 AM MST. The subject line must be "SSN – IHS1523255 Digital Master Controller Replacement and Recomissioning." Submissions must include:
- Company Profile: UEI, Name and Address, Primary POC, business size, type of ownership, socio-economic status (e.g., 8(a), WOSB, SDVOSB, HUBZone), identification of Native American ownership (if applicable), and SAM.gov representations.
- Capability Statement: A brief statement demonstrating the company's ability to meet the requirement, including current/past performance for similar work.
- IHS IEE Representation Form: Required if claiming Indian-owned Small Business Economic Enterprise (ISBEE) or Indian-owned Economic Enterprise (IEE) status. This form certifies IEE status under the Buy Indian Act.
Important Notes
This is for market research only; the government assumes no financial responsibility for responses. Offerors must be registered in SAM.gov. Telephone inquiries will not be accepted.